Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2013 FBO #4396
SOURCES SOUGHT

J -- Repair and Maintenance Services for Mesa Corporation brand safes

Notice Date
12/5/2013
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS07-14-RFI-00008
 
Archive Date
1/3/2014
 
Point of Contact
Wendy Bell, Phone: 609-813-3372
 
E-Mail Address
wendy.bell@ole.tsa.dhs.gov
(wendy.bell@ole.tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Repair and Maintenance Services for Mesa Corporation brand safes THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. Background Information: The Transportation Security Administration (TSA) is issuing a Request for Information (RFI) to seek market research information regarding industry capabilities and potential sources for on-site repair and maintenance services for Mesa Corporation brand safes (model numbers MH105D and MHRC916E). The NAICS for this RFI is 811310 - Commercial and Industrial Machinery and Equipment Repair and Maintenance. The Small Business Size Standard is $7 million. As part of market research, TSA is issuing this RFI to determine if there exist qualified vendors capable of providing the required repair and maintenance services for the Mesa brand safes identified herein. The Government may use the responses to this RFI for information and planning purposes. The below Work Statement describes the possible scope of repair and maintenance services and may vary from the final Statement of Work included in any future solicitation. Draft Work Statement for Mesa Corporation brand safe repair and maintenance services: The contractor shall provide repair and maintenance services for approximately 1800 fielded safes located at airports throughout the United States to include Puerto Rico, Hawaii, Alaska and Guam. The repair and maintenance services shall be performed at the safe's fielded airport location. The anticipated period of performance is (5) years to include the base year and (4) one-year option periods. The contractor shall provide repair and maintenance services for Mesa Corporation brand safes, model numbers MH105D and MHRC916E. The fielded safes are deployed in stacks of five individual safe openings. Approximately 1000 of the 1800 safes have been in service for 1-5 years. The remaining 800 safes have been in service for 5-8 years. It is anticipated that the following repair and maintenance services will be required: The contractor shall provide a service agreement which includes a detailed service call price and pricing for repair and maintenance of door/hinge, lock, key replacement, accessories, battery replacement and any additional safe maintenance items for the base and option year(s). The contractor shall be required to contact each airport's repair and maintenance service point of contact for a preventative maintenance check twice per base year and twice per each option year. Maintenance calls are projected to be 1-20 call(s) during the base year, 1-35 call(s) in option year 1, 1-45 call(s) in option year 2, 1-55 call(s) in option year 3 and 1-65 call(s) in option year 4. The contractor shall provide a technical support phone number to be available for "live" response from 7:00 AM to 7:00 PM Eastern time, with messages recorded at all other times. Recorded messages should receive a response within two (2) business days. Monthly status reports are required and shall include, but not be limited to, the following information: a. Total number of maintenance calls for the previous month b. Reason for the maintenance call (example: battery, hinge/door replacement) c. Status of maintenance (example: date completed, in process) All interested parties responding to this RFI announcement must submit a Technical Capabilities Statement, and at a minimum, address the following: 1. Vendor's capability to successfully provide Mesa brand safe repair and maintenance services for TSA at airports throughout the United States, to include Alaska, Hawaii, Puerto Rico and Guam. 2. The vendor shall list and describe at least two (2) Government and/or Non-Government projects/contracts that have been successfully performed within the past three (3) years that are similar in size, scope and complexity to this proposed effort. 3. Vendor must provide proof that they are a certified Mesa Corp repair and maintenance vendor for the safes identified in this RFI. Responses: Responses to this RFI are due no later than December 19, 2013, 4:00 PM ET, submitted to the following email address: wendy.bell@ole.tsa.dhs.gov. Responses are limited to 2 MB and no more than 10 pages (type shall be no smaller than single spaced 11 pt. Times New Roman font). All submissions shall include the RFI# in the subject line of the e-mail. Respondents are solely responsible for ensuring their response was received. The Government may conduct additional market research, based on completeness of the responses received. This RFI is solely intended to obtain market research information in accordance with the Federal Acquisition Regulation (FAR) Part 10 and Part 15.201(e). The Government seeks to obtain market pricing, other market information and commercial vendor capabilities for planning purposes. This RFI does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotation (RFQ) or an indication that the Government will contract for any of the services referenced in this notice. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information that is submitted. All responses will become the property of the Government, and will not be returned to respondents. Any resulting solicitation (RFP, RFQ) for this proposed requirement will be conducted in accordance with applicable Federal Acquisition Regulations (FAR).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-14-RFI-00008/listing.html)
 
Record
SN03245892-W 20131207/131205234412-205380ccf42d9f19e645c326f971cf31 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.